Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SPECIAL NOTICE

42 -- Preventative and Emergency Maintenance Services Clamshell Aircraft Hanger Doors

Notice Date
7/23/2014
 
Notice Type
Special Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W9115114T0910
 
Archive Date
7/23/2015
 
Point of Contact
Christie England, 254-287-5475
 
E-Mail Address
MICC - Fort Hood
(christie.l.england.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. The Mission and Installation Contracting - Fort Hood, Texas is in the process of determining the acquisition strategy for the repair and maintenance contract to maintain the Aviation Maintenance Clamshell Hangers located at the Longhorn Auxiliary Airstrip, Fort Hood, TX. This is a sources sought notice and request for information (RFI). This is not a formal solicitation. Any formal solicitation will be announced separately at a later time. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Contact with Government personnel, other than the Contract Specialist or Contracting Officer, by potential offeror or their employees regarding this requirement is strictly prohibited. The purpose of posting this RFI is to locate business capable of and interested in performing the repair and maintenance of clamshell hangers for Fort Hood, TX. The summary of services is as follows: Provide preventative and emergency maintenance services on all of the clamshell aircraft maintenance hangar doors. These maintenance services shall be performed in accordance with the original equipment manufacturers (OEM) maintenance specifications and schedules. Preventative maintenance shall be in accordance with the original equipment manufacturers recommendations with also includes maintenance and repair of sectional doors/walls and frames. To provide maintenance and repair to the electrical components and the roll up doors that is located on the clamshell hangers. The anticipated period of the contract is 1 Oct 2014 through 30 September 2015 with two (2) one-year option periods. The resultant contract will be a firm fixed price contract. This acquisition will be accomplished using full and open competition. Fort Hood is interested in obtaining information from industry that will help supporting a determination of the appropriate set aside category for the acquisition strategy. Both large business concerns and all categories of small business are encouraged to respond to this request. The North American Industry Classification System (NAICS) anticipated for this requirement is 332311 Prefabricated Metal Building and Component Manufacturing and small business size standard for the selected NAICS is 500 Employees. To support the set-aside decision, it is particularly important that potential small business concerns provide comments/input as follows: (1) If you are a Small Business that currently performs or has recently performed on contracts similar to the requirements described above, and you would plan to participate in a competitive solicitation situation for this procurement, please provide specific and relevant work experience in a capabilities statement/brief. Information should be sufficient to support your capability to perform these requirements and should include detailed references (contract number, dollar value, scope of services and point of contact with their telephone numbers and whether it was a Government or a Commercial type contract); (2) state your business size and approximate annual gross revenue (averaged over the past three years); (3) list the specific small business category (if applicable) for your company whether (a) Federally certified HUBZone Small Business; (b) Small Disadvantaged Business; (c) certified 8(a) Firm; (d) Woman-owned Small Business; (e) Service-Disabled Veteran-Owned Small Business; (f) Veteran-Owned Small Business; or (g) other (explain); (4) provide your company's name, CAGE code, DUNS, address, point of contact, telephone number, and e-mail address; (5) and number of years you have been in business. Responses are due in this office no later than 2:30 p.m. CST, on 31 July 2014. Please send your capabilities statements and responses to this RFI via email directly to, SFC Christie England, Contract Specialist, at christie.l.england.mil@mail.mil and carbon copy Juan C. Perez, Contracting Officer, at juan.c.perez18.civ@mail.mil. Contracting Office Address: MICC-FH Place of Performance: Mission and Installation Contracting Command (MICC) - Fort Hood 1001 761st Tank Battalion Avenue, Room W103 Fort Hood TX 76544-5025 US Point of Contact(s): SFC Christie England, (254) 287-5475
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dfc7aef5fbe3c8f5dc527aae1cd6193b)
 
Record
SN03435852-W 20140725/140724000453-dfc7aef5fbe3c8f5dc527aae1cd6193b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.